Z--Defense Threat Reduction Agency (DTRA) White Sands
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Interior (DOI), Interior Business Center (IBC), Acquisition Services Directorate (AQD), on behalf of the Defense Threat Reduction Agency (DTRA), is soliciting proposals for the repair and modification of Tunnel 7 at White Sands Missile Range (WSMR), New Mexico. This is a Total Small Business Set-Aside with an estimated magnitude between $1,000,000 and $5,000,000. Proposals are due March 5, 2026, by 4:00 PM ET.
Scope of Work
The project involves repairing a D-shape tunnel (20 feet depth and width) and its overburden, including the ribs, crown, and invert, according to government designs. The contractor will perform all necessary site preparations, improvements, safing, restoration, and modification for both pre and post-testing phases. This includes general construction support for instrumentation installation and safing the tunnel for re-entry after testing. Specific tasks encompass mobilization, ventilation, clearing the invert, installing steel sets, rock bolts, shotcrete, building end bulkheads, placing concrete lifts, and site cleanup. All tunnel construction must be completed by June 15, 2027.
Contract Details
- Contract Type: Firm Fixed Price (FFP) for all Contract Line Item Numbers (CLINs), including five optional CLINs for future work such as Instrumentation Support, Mine/Safety Rescue, and Post Test Support.
- Period of Performance: Estimated from June 8, 2026, to June 15, 2027. Performance is to start within 10 calendar days of notice to proceed and be completed within 365 calendar days, with a final completion date of June 15, 2027.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 236220 – "Commercial and Institutional Building Construction" with a $45.0 Million size standard.
- FSC: Z2QA – Repair or Alteration of Restoration of Real Property.
- Bonds: Performance and Payment Bonds are required.
Evaluation & Submission
Award will be based on a Best Value Tradeoff approach. Factor 1 (Past Performance) is the most important, followed by Factor 2 (Schedule), and then Factor 3 (Price). Price becomes more important as technical approaches become equal. Proposals must be clear, concise, and provide convincing rationale. The proposal submission deadline is March 5, 2026, at 4:00 PM ET, via email. Questions were due February 12, 2026.
Key Requirements & Clarifications
Contractor must adhere to all applicable Federal OSHA, state, and DoD standards. Required submissions include a Quality Control Plan (QCP), Site Safety and Health Plan (SSHP), Hazard Analysis Tables (HAT), and a WSMR Standard Operating Procedure (SOP). Key personnel, including a Project Manager, Superintendent, Quality Control Manager (each with 10+ years experience), and a Site Safety and Health Officer (5+ years experience), are required. A mine rescue crew with proper PPE is also mandatory. The DTRA batch plant will be available, but contractors must provide their own office trailer. A Geotechnical Report is available upon request.